university of narowal · organizations having adequate past experience and financial capabilities...

10
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01 Office of Convener Purchase Committee PMU, University of Narowal, Narowal Issued To …………………… On……………………… Page 1 | 10 1. INVITATION TO THE BID 1.1. Bids/Tenders are invited, for Supply of Furniture items for New Campus, from reputed organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income Tax having active profile with FBR. 2. INSTRUCTIONS TO THE BIDDERS 2.1. Procurement will be made under Punjab Procurement Rules (PPRA)2014. 2.2. It will be clearly understood that the Terms and Conditions mentioned in this document are intended to be strictly enforced. 2.3. Bidders must ensure that they submit all the required documents indicated in the Tender / Bid Documents at the time of opening of Technical Bids and no request for submission of missing documents will be entertained after opening of the Technical Bids. 2.4. Bids without supporting documents, undertaking, valid documentary evidence, and bids not conforming to terms and conditions given in the Tender Document will be liable for rejection. Bids received after due time and date and bids without Bid Security in shape of CDR or CDR less than required amount or Bid Security in shape of Cheque or Cross Cheque shall be rejected. 2.5. Mode of Advertisement: As per Rule 12(2) the advertisement is being placed on the website of PPRA Punjab (www.ppra.punjab.gov.pk) 2.6. Type of Open Competitive Bidding As per Rule No. 38(2) a, Single stage two envelope procedure shall be followed with details given below: 2.6.1. The bid shall comprise of a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; 2.6.2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and TECHNICAL PROPOSALin bold and legible letters. 2.6.3. Initially, “TECHNICAL PROPOSAL” shall be opened; The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of procuring agency without being opened; 2.6.4. The Purchaser shall evaluate the technical proposal under PPRA Rule # 32 and in a manner prescribed in this document, without reference to the price and reject any proposal which does not conform to the specified requirements as listed in said Sections. During the technical evaluation no amendments in the technical proposal shall be permitted; 2.6.5. The financial proposals of technically qualified bidders shall be opened publicly at a time, and venue announced and communicated to the bidders in advance; 2.6.6. After the evaluation and approval of the technical proposal the procuring agency, shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted and qualified bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

Upload: others

Post on 14-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 1 | 10

1. INVITATION TO THE BID

1.1. Bids/Tenders are invited, for Supply of Furniture items for New Campus, from reputed

organizations having adequate past experience and financial capabilities for manufacturing

of furniture registered for professional tax, Sales Tax and Income Tax having active

profile with FBR.

2. INSTRUCTIONS TO THE BIDDERS

2.1. Procurement will be made under Punjab Procurement Rules (PPRA)2014.

2.2. It will be clearly understood that the Terms and Conditions mentioned in this document are

intended to be strictly enforced.

2.3. Bidders must ensure that they submit all the required documents indicated in the Tender /

Bid Documents at the time of opening of Technical Bids and no request for submission of

missing documents will be entertained after opening of the Technical Bids.

2.4. Bids without supporting documents, undertaking, valid documentary evidence, and bids

not conforming to terms and conditions given in the Tender Document will be liable for

rejection. Bids received after due time and date and bids without Bid Security in shape of

CDR or CDR less than required amount or Bid Security in shape of Cheque or Cross

Cheque shall be rejected.

2.5. Mode of Advertisement:

As per Rule 12(2) the advertisement is being placed on the website of PPRA Punjab

(www.ppra.punjab.gov.pk)

2.6. Type of Open Competitive Bidding As per Rule No. 38(2) a, Single stage two envelope procedure shall be followed with

details given below:

2.6.1. The bid shall comprise of a single package containing two separate envelopes. Each

envelope shall contain separately the financial proposal and the technical proposal;

2.6.2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and

“TECHNICAL PROPOSAL” in bold and legible letters.

2.6.3. Initially, “TECHNICAL PROPOSAL” shall be opened; The envelope marked as

“FINANCIAL PROPOSAL” shall be retained in the custody of procuring agency

without being opened;

2.6.4. The Purchaser shall evaluate the technical proposal under PPRA Rule # 32 and

in a manner prescribed in this document, without reference to the price and reject

any proposal which does not conform to the specified requirements as listed in said

Sections. During the technical evaluation no amendments in the technical proposal

shall be permitted;

2.6.5. The financial proposals of technically qualified bidders shall be opened publicly

at a time, and venue announced and communicated to the bidders in advance;

2.6.6. After the evaluation and approval of the technical proposal the procuring agency,

shall at a time within the bid validity period, publicly open the financial proposals

of the technically accepted and qualified bids only. The financial proposal of bids

found technically non-responsive shall be returned un-opened to the respective

bidders.

Page 2: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 2 | 10

2.7. BID DATA SHEET (Information for the Bidders)

1 Procuring Agency University of Narowal, Narowal

2 Tender Number UON/P.D/20-21/01

3 Name of Tender SUPPLY OF FURNITURE ITEMS FOR NEW

CAMPUS,

4 Tender Document available place

Office of Convener Purchase Committee, And On

PPRA, Punjab

www.ppra.punjab.pk .

5 Cost of Tender Document

Rs.5000/- payable at “Strengthening of UON

Account” 381004155948399 NBP Main Branch

Narowal through Challan Form or

Pay Order in favor of the Treasurer University of

Narowal, Narowal

7 Bid Security

2% of Estimated Cost as mentioned in tender

document in shape of CDR i.e., Pay Order etc., in

favor of “Treasurer University of Narowal, Narowal”

8 Performance Guarantee 10% of Contract Value after issuance of Letter of

Acceptance

9 Tender Addressed to Convener Purchase Committee PMU, University of

Narowal, Narowal

6 Contact Number Ph. 0303-9091090,0307-8668866,0323-5951111,

10 Due Date, Time and place of

submission of Tender Document

23-09-2020 till 11:00 am University of Narowal, Narowal

11 Date, Time and Place of Technical

Bid Opening 23-09-2020 till 11:30 am at Meeting Room, University of Narowal, Narowal

12 Date, Time and Place of the

Financial Proposals

Shall be intimated subsequently to Technically

Qualified firms

TERMS AND CONDITIONS OF THE TENDER

3. Definitions

3.1. “Purchaser” means University of Narowal, Narowal

3.2. “UON” means University of Narowal, Narowal

3.3. “Bidder/Tenderer” means the Firm/Company/Supplier/Distributer that may provide or

provides the Goods and related services to any of the public sector organization under the

contract and have registered for the relevant business thereof.

3.4. "Contract" means the agreement entered into between the Purchaser and the Contractor, in form

of Supply Order or as recorded in the Contract Form signed by the parties, including all

Schedules and Attachments thereto and all documents incorporated by reference therein.

Page 3: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 3 | 10

3.5. "Contractor/The Successful Bidder" means the person whose Tender has been accepted and

awarded letter of Acceptance followed by the Supply Order or Contract by the Purchaser.

3.6. "Contract Value" means that portion of the Contract Price adjusted to give effect to such

additions or deductions as are provided for in the Contract which is properly apportion-

able to the Goods or Services in question.

3.7. "Goods" means equipment, machinery, and/or other materials which the Contractor is

required to supply to the Purchaser under the Contract.

3.8. "Services" means installation, configuration, deployment,

commissioning, testing, training, support, after sale service, etc. of Goods and other such

obligations which the Contractor is required to provide to the Purchaser under the Contract.

3.9. “PPRA” means Punjab Procurement Regulatory Authority.

4. TENDER ELIGIBILITY

Eligible Bidder/Tenderer is one who:

4.1. has valid registration certificate for Income Tax and Sales Tax;

4.2. is an active Income Tax Payer;

4.3. has acquired relevant experience of supply of Items;

4.4. conforms to the clause of “Responsiveness of Bid” given in this tender document;

4.5. has not been blacklisted by any Govt. Semi Govt. autonomous body.

4.6. has registered as manufacturer of furniture.

5. EXAMINATION OF THE TENDER DOCUMENT

The bidder/Tenderer is expected to examine the Tender Document, including all terms and

conditions.

6. AMENDMENT OF THE TENDER DOCUMENT

6.1. The purchaser, at any time prior to the deadline for submission of the Tender, at its own

initiative or in response to a clarification requested by the Bidder(s), amend the Tender

Document, on any account, for any reason. All amendment(s) shall be part of the Tender

Document and binding on the Bidder(s).

6.2. The Purchaser shall notify the amendment(s) in writing to the prospective

Tenderers/Bidders.

6.3. The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the

deadline for the submission of the Tender, in which case all rights and obligations of the

Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject

to the deadline as extended.

7. BID CURRENCY

Bidder should quote price in Pak Rupees only and payments shall also be made in Pakistan

Rupees only.

8. VALIDITY PERIOD OF THE BID 8.1. Validity period of the bids shall be 120 days.

9. BID SECURITY

9.1. Bidder will submit Bid Security drawn in the name of Treasurer University of Narowal @

2% of Estimated Price of Each LOT in shape of CDR/ Bank draft/Pay order in favor of

Treasurer University of Narowal.

Page 4: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 4 | 10

Sr. no Item Name Amount of Bid Security

(Rs)

1 Procurement Of Furniture Items For New

Campus (LOT # 01)

140,000/-

2 Procurement Of Furniture Items For New

Campus (LOT # 02)

10,000/-

3 Procurement Of Furniture Items For New

Campus (LOT # 03)

70,000/-

9.2. Cheque or Cross Cheque shall not be accepted at all.

9.3. The amount submitted as Bid Security shall be refunded to the unsuccessful bidders after

the decision for the award of the said tender.

9.4. Subject to the award of contract, the Bid Security in form of CDR shall be returned to

successful bidder against submission of Performance Guarantee

9.5. If the Bid Security is found less than the required amount, then the bid will be rejected

irrespective of the rates and at the stage of the bid process.

9.6. The Bid Security may be forfeited if a Bidder:

a) Refuses to accept Letter of Acceptance of the Bid; or

b) Fails to furnish Performance Security.

10. BID PREPARATION AND SUBMISSION

10.1. The Tender shall be filled in / accompanied by the prescribed Forms, Annexes, Schedules,

Drawings, Documents, Brochures, Literature, etc. which shall be completely filled in,

stamped and signed by the Tenderer or his Authorized Representative. In case of copies,

photocopies may be attested.

10.2. The Bids/Tenders should be submitted in two parts (1) Technical Proposal and (2)

Financial Proposal. The Technical Proposal and Financial Proposal shall be submitted in

separate covers.

10.3. TECHNICAL PROPOSAL

The Technical Proposal will enable the Purchase Committee to evaluate whether the bidder

is technically competent and capable of executing the order and the specifications offered

by the bidder meet the ones given in the Tender/Bid Documents. Only those bids which

qualify in the technical stage will be eligible for the Financial Proposal opening. The

Financial Proposals of bidders who failed in the Technical stage will not be opened.

10.4. The Technical Proposal form as given in the Bid/Tender Document shall be filled, signed

and stamped in all pages. The Purchase Committee will not be responsible for the errors

committed in the bids by the bidders.

10.5. The Technical Proposal should not strictly contain any Price/Cost indications as such

otherwise the bids will be summarily rejected.

10.6. The Bidder should quote only one brand/model/make of each item.

10.7. Samples of items if required by the committee during evaluation of Technical bid, then it

must be provided by the bidder as and when demanded.

Page 5: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 5 | 10

FINANCIAL PROPOSAL

10.9. The Financial Proposal of the bidder shall also include the price break up of taxes/duties. All

taxes/duties as applicable shall be responsibility of the bidders.

10.10. The cost quoted by the bidder shall be kept firm and unchanged for a period specified in the

Bid/Tender Documents from the date of opening of the bids. The bidder shall keep the price

firm/unchanged during the period of Contract including during the period of extension of

time if any.

10.11. The quoted price will be inclusive of all taxes, duties and freight (transportation charges),

etc.

10.12. The Bid is liable for rejection if Financial Proposal contains conditional offer.

10.13. The Bidder must quote rates of all the items in a lot/package and quoting the partial items in

a lot /package is not allowed.

10.15. Sealing the Bid

10.15.1. The Technical Proposal shall be placed in a separate cover (Envelope-A) and

sealed appropriately. The Technical Proposal cover shall be marked as

“Technical Proposal for SUPPLY OF FURNITURE FOR NEW CAMPUS”

– Bid Ref.: due on The “FROM” address and “TO” address shall be written

without fail.

10.15.2. The Financial Proposal (Envelope-B) shall contain rates of item quoted by

the bidder. The Financial Proposal cover shall be marked as “Financial

Proposal for SUPPLY OF FURNITURE FOR NEW CAMPUS” – Bid Ref.:

due on: The “FROM” address and “TO” address shall be written without fail.

10.15.3. Out Cover: The Technical Proposal cover (Envelope-A) and Financial Proposal

cover (Envelope B) shall then be put in a single outer envelope and sealed. The

outer cover shall be marked as “Bid for SUPPLY OF FURNITURE FOR

NEW CAMPUS” –Bid Ref.: due on ____. The “FROM” address and “TO”

address shall be written without fail.

10.16. Mode of Submission of Bids

10.16.1. The Bid should be addressed to “Convener Purchase Committee, PMU University

of Narowal, Circular road Narowal”.

10.16.2. The Bids received after Due Date and Time or Unsealed or incomplete or

submitted by Fax or Email will be summarily rejected.

15. TECHNICAL EVALUATION CRITERIA

The Bidders who have duly complied with the Eligibility/Qualification and Evaluation will be

eligible for further processing.

The Bids which do not conform to the Technical Specifications or Bid conditions or the Bids from

the Bidders without adequate capabilities for supply and maintenance / warranty services will be

rejected.

The Eligible/Technically Qualified Bidders will be considered for further evaluation.

Page 6: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 6 | 10

Under PPRA Rules # 31, Technical Bids will be evaluated on the basis of following criteria and

Financial Bids of only those bidders will be opened who have fulfilled the criteria:

Evaluation Criteria Requirement

Sales Tax Registration Mandatory

Income Tax Registration Mandatory

Registered as manufacturer of Furniture Mandatory

Conformance to the required specification of items

given in Schedule of Requirement Mandatory

At least Four relevant Supply Orders/Contracts with

Govt. organization in the last two years of amounting

not less than 4 Million.

Mandatory

Affidavit /Bidder’s Undertaking for nonblack listing

on stamp paper Mandatory

The bidder must provide verifiable documentary proof against all the mandatory requirement along

with the Technical Proposal and no document will be received or considered after opening of the

Technical Proposal.

17. REJECTION AND ACCEPTANCE OF THE TENDER/BID

17.1. The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the

quantity of any or all item(s), under PPRA Rules 2014 without any change in unit prices or

other terms and conditions, accept a Tender reject any or all tender(s), cancel / annul the

Tendering process at any time prior to award of Contract, without assigning any reason or

any obligation to inform the Tenderer of the grounds for the Purchaser's action, and without

thereby incurring any liability to the Tenderer and the decision of the Purchaser shall be

final.

17.2. The Tender / bid shall be rejected if: 17.2.1. It is substantially non-responsive; or

17.2.2. The bidder does not meet any of the mandatory criteria mentioned in Clause

No. 15; or

17.2.3. It does not contain the documentary proof against any of the mandatory

criteria mentioned in Clause No. 15; or

17.2.4. the bidder does not attach Bid Security in Shape of CDR; or

Page 7: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 7 | 10

17.2.5. the bid security is not attached or it is less than the required amount; or

17.2.6. The bid is incomplete, partial, conditional, alternative, late; or

17.2.7. the Bidder submits more than one Bids against one Tender; or

17.2.8. the Bidder tries to influence the Tender evaluation / Contract award; or

17.2.9. the Bidder engages in corrupt or fraudulent practices in competing for the

Contract award; or

17.2.10. there is any discrepancy between bidding documents and bidder’s proposal i.e.

any non-conformity or inconsistency or informality or irregularity in the

submitted bid; or

17.2.11. the Bidder submits any financial conditions as part of its bid which are not in

conformity with tender document.

17.2.12. The samples which are not as per given specification or of low quality will not

be accepted /approved by the committee and the rates of such items will

neither be announced during opening of Financial Bids nor included in the

Comparative Statement.

17.2.13. The items for which the bidder quotes more than one rates will not be

accepted and such items will not be included in the comparative statement.

17.2.14. The bidder quotes partial items in a lot then the rates of any of the items in

that lot will not be considered.

24. ISSUANCE OF SUPPLY ORDER OR SIGNING THE CONTRACT

24.1. The Convener purchase committee shall issue Supply Order or sign a Contract with the

Successful bidder who has submitted the Performance Guarantee.

24.2. The Successful Bidder will have to sign contract on judicial paper of 0.25% of total order

value.

25. GENERAL CONDITIONS OF CONTRACT / SUPPLY ORDER

26. DELIVERY OF ITEMS

26.1. The Supplier will be responsible for delivery of goods within stipulated time.

26.2. The supplier will bear all costs associated with the preparation, delivery and installation of

the Items and the Purchaser will in no case be responsible or liable for those costs. The

supplier will make such arrangements to ensure safe delivery of goods. Any damage

sustained during transportation / delivery will be rectified by the supplier at his cost.

Page 8: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 8 | 10

Schedule of Requirement

Lot No. 1. Estimated Cost : Rs. 7,000,000/-

Bid Security : Rs. 140,000/-

Sr. No. Item Description Qty Picture

1

Student Chairs

Made with M.S Pipe with

top PVC/Plastic material (A.

Class)

(Boss Model 209 or equivalent”

2000

Lot No. 2. Estimated Cost : Rs. 500,000/-

Bid Security : Rs. 10,000/-

2

White Writing Board Size 12’x4’

Pure White color Formica pressed OR Partex White writing board sheet.

Both side A class finish.

Solid Wooden edging 6 mm pressed on three sides. Solid Wooden tray 4”should be mounted on the bottom of the board

30

Page 9: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 9 | 10

3

Rostrum (for Lecture Room)

As per picture design

25

Lot No. 03 Estimated Cost: Rs. 3,500,000/-

Bid Security: Rs. 70,000/-

1

Office Table

Size: 4.5'x2.5’ x 21/2”

Structure made with approved color shisham vin board.

3 equal drawers with wooden engraved handles with locking system.

Drawers slides with micro slide channels14”

Top made with solid shisham wood frame 3” with top lamination

Solid wood skirting all around the table 3”

Mate sealer lacquer finish with

approved color.

50

Page 10: UNIVERSITY OF NAROWAL · organizations having adequate past experience and financial capabilities for manufacturing of furniture registered for professional tax, Sales Tax and Income

UNIVERSITY OF NAROWAL UON/P.D/2020-21/01

Office of Convener Purchase Committee PMU, University of Narowal, Narowal

Issued To …………………… On……………………… P a g e 10 | 10

2

Executive/Officer Table with

side Racks

Size: 5'x2.5’ x 2.5’

Structure made with approved color shisham vin board.

3 equal drawers with wooden engraved handles with locking system.

Drawers slides with micro slide channels14”

Top made with solid shisham wood frame 3” with top lamination

Solid wood skirting all around the table 3”

Mate sealer lacquer finish with

approved color.

20

3

Revolving chair High Back Imported high gas lift hydraulic cylinder. Imported Base with 5 no’s heavy wheel casters. PU Arms Seat & back Upholstered with approved Green color leatherette (As per design). Seat and back upholstered with best quality foam 2” thick. Design should be as shown in figure.

26

4

Office Chair Size 35” h x w 24 “x D 18” Structure made with Solid Seasoned Shisham wood section 2 ¼” x 1 ¼” thick. Arm rest height 24” Length of Arm 21” x2 ¼”x 1” Back size from sitting level it should be 20” height x 18 “width. Seat & Back upholstered with approved color fabric. Seat & back upholstered with best quality 2” thick foam. Finish with natural Sealer & lacquer

polish.

200